Legal Case & Document Management System
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The District of Columbia Courts is soliciting proposals for a cloud-hosted, configurable Commercial-Off-The-Shelf (COTS) Legal Case and Document Management System. This system will support the Office of the General Counsel and includes necessary software, licenses, warranties, installation, document migration, implementation, on-site post-implementation support, training, and ongoing maintenance. Proposals are due by May 15, 2026, at 11:00 AM EST.
Scope of Work
The required system must provide comprehensive electronic law practice management, contract and eDiscovery management, core document and case management, automated workflows, and AI capabilities for document extraction. Key functionalities include version control, case tracking, data analytics, and reporting. The system must interface seamlessly with common office applications, be user-friendly, and comply with NIST-800-53 security requirements, including role-based access, secure environment, OCR, template generation, VDI compatibility, and single sign-on. A court case management system is explicitly excluded from this procurement.
Contract & Timeline
- Contract Type: Firm-fixed-price.
- Period of Performance: A base year plus four (4) one-year option periods.
- Set-Aside: None specified (Open Market).
- Questions Due: April 13, 2026, 11:00 AM EST (This date has passed).
- Proposals Due: May 15, 2026, 11:00 AM EST.
- Published Date: April 29, 2026 (reflecting the latest amendment).
Evaluation
Proposals will be evaluated based on:
- Technical Approach: 50 points
- Experience and Qualifications: 25 points
- Past Performance and Customer Service: 25 points Price will be evaluated for reasonableness, completeness, and realism but will not be scored.
Key Attachments & Compliance
Bidders must be registered in the System for Award Management (SAM). Mandatory attachments include:
- Tax Certification Affidavit (J.6): Required for bids over $100,000, certifying compliance with D.C. tax laws.
- Anti-Collusion Statement (J.2): Certifies no collusive practices.
- Certification of Eligibility (J.5): Confirms no debarment or suspension.
- Drug-Free Workplace Certification (J.10): Required for bids over $25,000.
- Oracle Supplier Request Form (J.11): For supplier setup to receive payments. Bidders should also review the D.C. Courts General Contract Provisions (J.1), Ethics in Public Contracting (J.3), Non-Discrimination (J.4), and Wage Determination (J.9) to understand all contractual obligations and labor requirements. Offerors must sign and attach Amendment A02 to their offer.